Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

69 -- Projector System

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F34CMX31470100
 
Response Due
6/19/2003
 
Archive Date
7/4/2003
 
Point of Contact
Daniel Spriestersbach, Contract Specialist, Phone (580)481-7263, Fax (580)481-7472, - Richard Fairchild, Chief, Base Support Flight, Phone 580-481-7261,
 
E-Mail Address
Daniel.Spriestersbach@altus.af.mil, richard.fairchild@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work PROJECTOR Infocus LP-790 3300 ANSI XGA Projector QTY 2 · Native Resolution - XGA (1024 X 768) · Display Technology – polysilicon TFT x 3 w/micro lens array · HD15 x 2 (analog RGB), DVI-D, 5BNC (RGBHV, RGB, RGsB) audio x 4 (3.5 mm stereo mini jack) · YPbPr and RGB Component Video (via 5BNC), S-Video, Composite Video, audio (RCAx2) · Output Sources – RGB (HD15), audio (RCA x 2) · Computer Compatibility – SXGA+, SXGA, XGA, SVGA, VGA, Macintosh · Video Compatibility – HDTV (1080i, 720p), NTSC, NTSC 4.43, PAL, SECAM · 3300 max ANSI lumens · Projection Methods – Front/rear, ceiling/desktop · Audio – 2 x 2.5 Watt stereo with 20 Watt subwoofer SCREENS Draper 100” Targa Motorized Screens QTY 3 Egan TeamBoard TMWM6048 (75” diagonal) QTY 3 Philips Pronto TSU 6000 Touchscreen Controller w/cradle QTY 2 · LCD Screen (WxH) 2.2” x 2.9”, 3.7” diagonal · LCD Resolution 240x320, 256 colors · RF Transmitter 418MHz · Memory 8mb non-volatile flash memory, 512k SRAM · Learning Frequency: up to 56KHz · IR Operating Distance: Approx 33 feet · PC Interface: RS232 Serial Low Voltage Control LVC-III QTY 2 Infrared Remote Transmitter/Receiver QTY 2 Chief Ceiling Mounts QTY 2 Remote Keyboard/Mouse RF combo QTY 2 MTX 8” In-ceiling speakers QTY 4 Video Conferencing System QTY 1 · Polycomm VS4000 Video Conferencing Unit · Gentner XAP400 Distributed echo cancellation, noise cancellation, four virtual references for echo cancellation summing, four configuarable filters on each of the four microphone inputs, built-in telephone interface with telco noise cancellation and echo cancellation · Autopatch HalfYDM · Sony EVID100 San/tilt/zoom cameras High speed, wide range pan/tilt; 40x Zoom Ration (10x Optical + 4x Digital); Built-in conversion lens for wide angle view; six position presets with battery back-up; auto sleep function; multi-function IR Remote commander unit; RS-232C Serial Control by VISCA software; EVI-D30/D31 Emulation Mode · Compact NTSC Document Camera · PolyCom Pro Gold Scan Converter · 7” LCD Flat Panel Program monitor · Custom Built Black Veneer Lectern · Inter Connect Cables · Video Distribution Amps (1 HD15/1 Comp) · Computer Control of equipment (software/hardware) Mounting hardware and materials QTY 2 Plenum Wiring Harness (HD-15/RGB/Comp/Y/C QTY 2 Furman PL-8 Surge Supressor/Line Conditioner QTY 2 Middle Atlantic Equipment Rack BRK 23 (w/caster) QTY 2 Middle Atlantic Rack Shelves U-2 QTY 4 Display Devices MRCM Rotating Mount QTY 1 Wall mount Remote QTY 1 Instruction Lectern QTY 2 I.R. Repeating System QTY 2 Harman Kardon 3370 Stereo Amplifier QTY 2 Toshiba SD-V390 VCR/DVD Combo QTY 2 16/2 Speaker Wire 300’ Computer 1X2 VDA QTY 2 Two 8’ white boards will be removed from the west wall of room 197 and will be used in other training rooms of the maintenance complex. Three 100” Draper motorized screens will be installed, one centered on the south wall and two installed on the west wall centered between the partition and the south and north walls. (See drawing) An In Focus LP-790 3300 projector will be installed from the ceiling with a rotating mount for a 90° rotation for the south wall screen and the screen on the south/west wall. The second projector will be installed from the ceiling mount to project on the screen on the north/west wall. The two projectors will be calibrated. Four MTX 8” speakers will be install equally spaced in the ceiling (see drawing). Three Egan Team Boards will be installed on the south and west walls centered behind the three Draper motorized screens. Two equipment cabinets will be placed one in the south/west corner and the second one will be placed in the north/west corner of the room. The video conferencing Polycomm VS 400 system with the Sony EVID 100 Camera will be installed and use from the south/west wall. All materials, software, and hardware are included to complete system installation. Quote to include labor. Insurance will be provided. All Audio, Video, and VGA wiring shall be plenum grade to meet national fire protection codes. Price to include all factory warranties plus on-site service warranty for 1 full year from date of installation. During this year there will be no service charges for repairs or troubleshooting in case of malfunction or user error. A four-hour response time is guaranteed for the first year at no charge and is renewable for $400 per year thereafter or @ $75 per service call. Installation should not require more than 3 to 5 working days and arrangements will be made to work around purchaser schedule. Installation will begin as soon as possible with completion date no later than 60 days from award notification pending building accessibility. The installation includes installing user owned equipment when applicable. No warranty is required for these, however, the service contract should cover troubleshooting, identifying the problem, and recommending a solution if the existing equipment is at fault. Training for operation of equipment will be provided. A set of instruction manuals will be provided for on site use. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A quote is being requested and a written solicitation will not be issued. Solicitation number F43CMX31470100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-12. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 334119, with a small business size standard of 1000 employees. Contractor shall provide Video/Audio system. See attached separate item listing for details. Please provide FOB destination pricing. Include shipping in the cost of each item. If you are quoting an Equal, you must provide the MFG, Part Number and other requirements prescribed in FAR 52.211-6. IAW 52.237-1 Site Visit (April 1984), A Site Visit shall be conducted on 16 June 03 at 1400 CST. All perspective contractors who wish to attend the Site Visit shall notify the contracting office NLT 1100 CST on 16 June 2003. Confirm your attendance to the site visit by contacting 2LT Ryan Spriestersbach or Richard Fairchild. To gain access to the Installation, arrive at the main gate no later than 1345 CST. You will be provided an escort. Please send any questions or request to 97 CONS/LGCA, ATTN: Richard Fairchild or 2LT Ryan Spriestersbach, 303 J Avenue. Bldg. 302, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-7263, send a fax to (580) 481-7472, or e-mail at Richard.Fairchild@altus.af.mil or daniel.spriestersbach@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors- Commercial Items (Oct 2000). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 303 J Ave Bldg 302, Altus AFB OK 73523-5147 at or before 1630 (4:30 P.M) CST, 19 June 2003. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-7472. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items (July 2002) with the quotation. If a copy of the provisions are needed, the can be found on arnet.gov/far or found as an attachment to this solicitation. FAR clause 52.212-4 (Feb 2002), Contract Terms and Conditions—Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Mar 2000). The clause 52.212-5Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Nov 2001) and its deviations (May 2001) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-3, convict labor (E.O.11755), 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 98); 52.222-41 Service Contract Act of 1965, as Amended (Mat 1989); 52.222-42 Statement of Equivalent Rates for Federal Hires (May1989) ELECTRONICS TECHNICIAN, WG-8, WAGE: $16.12, FRINGE: 29.55%; 52-225-3 Alternate I, Buy American Act –Balance of Payments Program-Supplies (41 U.S.C 10a, 10d, 19 U.S.C 3301 note, 19 U.S.C 2112 NOTE); 52.225-13 Restrictions on Certain Foreign Purchases(July 2000) 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332); DFARS Clause 252.212-7001Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002). 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998)52.247-34 F.O.B. Destination. A Firm-Fixed-Price purchase order will be issued in writing. No telephonic responses will be processed. Determination 94-2525 Rev 22 is hereby incorporated and attached into this Solicitation and any resultant Purchase Order.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/AAFBCS/F34CMX31470100/listing.html)
 
Place of Performance
Address: 97 MX/MXOTI Bldg 228, rm 197 Altus AFB OK
Zip Code: 73523
Country: USA
 
Record
SN00341365-F 20030607/030605214327 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.